Tender

Waste Management Services

  • West Yorkshire Fire and Rescue Service

F02: Contract notice

Notice identifier: 2021/S 000-000442

Procurement identifier (OCID): ocds-h6vhtk-02890e

Published 11 January 2021, 9:41am



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Fire and Rescue Service

Oakroyd Hall, Bradford Road, Birkenshaw, West Yorkshire BD11 2DY

Bradford

Contact

Kim Larter

Email

kim.larter@westyorksfire.gov.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://in-tendhost.co.uk/wyfrs

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/wyfrs/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/wyfrs/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Public Sector - Emergency Service

one.5) Main activity

Other activity

Emergency Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Waste Management Services

Reference number

2012 WMS

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

WYFRS are looking to award contracts for the efficient management of various waste streams.The waste streams requiring management services within the portfolio of WYFRS’s estate include:• Regular Trade Waste Collections including supply of Waste Receptacles;• Waste Recycling Services (paper, cardboard, glass, plastic, cans and aerosols etc. including supply of Waste Receptacles); • Skip Hire;• Collection and removal of Hazardous Waste (Oil, Filters, Mixed Fuel and Antifreeze);• Furniture recycling;• Collection and destruction of Confidential Waste;

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Trade waste and recycling collections Bradford (to include HQ site), Kirklees and Calderdale

Lot No

1

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of waste management services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Trade waste and recycling collections Leeds

Lot No

2

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of waste management services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Trade waste and recycling collections Wakefield

Lot No

3

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of waste management services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Hazardous waste collections

Lot No

4

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of waste management services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Confidential Waste collections

Lot No

5

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of waste management services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Skip Hire

Lot No

6

two.2.2) Additional CPV code(s)

  • 44613700 - Refuse skips

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Provision of skip hire services as described in the appendices to the ITT

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Furniture recycling services

Lot No

7

two.2.2) Additional CPV code(s)

  • 90514000 - Refuse recycling services

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

Collection and recycling of obsolete and damaged furniture items.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2021

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year contract term with additional option to extend for a further 2 x 1 year extensions

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Licenced waste carrier

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 7

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 April 2021

four.2.7) Conditions for opening of tenders

Date

11 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

West Yorkshire Fire and Rescue Authority

Bradford

Country

United Kingdom